Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2019 FBO #6299
SOLICITATION NOTICE

66 -- CELL CULTURE INCUBATOR

Notice Date
2/19/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Service Area Office (SAO) Central;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q0386
 
Response Due
2/22/2019
 
Archive Date
3/24/2019
 
Point of Contact
stacy.massey@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25019Q0386 Posted Date: 02/19/2019 Original Response Date: 02/22/2019 Current Response Date: 02/22/2019 Product or Service Code: 6640, Laboratory Equipment and Supplies Set Aside: Total Service-Disabled Veteran-Owned Small Business NAICS Code: 339113, Surgical Appliance and Supplies Manufacturing Contracting Office Address: Department of Veterans Affairs, Network Contracting Office (NCO) 10, Service Area Office (SAO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 01/22/2019. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, Surgical Appliance and Supplies Manufacturing with a small business size standard of 750 employees. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside procurement. The Ann Arbor Healthcare System, Olszewski Lab is seeking to purchase two (2) cell culture incubators with built-in decontamination systems to conduct the proposed work of Dr. Olszewski s VA research merit grant. This equipment will be used for culturing cells isolated from animal tissues such as lungs, spleens and brains of infected mice and cell lines used for medical research. Line Items Contractor shall provide on-site installation to include temperature and CO2 validation and basic equipment training. Proposed incubator shall have a minimum service and maintenance agreement three (3) years parts and labor and five (5) years CO2 Sensor. Quotes shall be separated by line item for ease of evaluation. Line Item Description Quantity 1 Cell Culture Incubator 2 2 Maintenance Agreement/Warranty 2 Requirements: Incubators shall have: Minimum Requirements: Touch Screen Control Humidity Management System Dual Filter Infrared (IR) sensor UV Decontamination system Electric door lock H2O2 Control Board Mobile roller base Stacking capability H2O2 atomizer H2O2 Hydrogen Peroxide Reagent bottles (Qty 6) Stainless Steel interior Integrated shelf brackets Stainless Steel shelves, minimum 4, minimum weight load 15 lbs. USB port for data transfer CO2 connection tubing with clips Humidity pan with lid Operator s Manual Technical Specifications: Temperature Control Range of ambient +5C to +50C CO2 range from 0% to 20% Temperature uniformity of +/- 0.25C. CO2 uniformity of 0.15% Minimum 5.5 cu. ft., Maximum 6 cu. ft. Electrical Requirements of 115V/60Hz STATEMENT OF WORK: PROJECT: Contractor shall deliver, assemble, and install the incubators. SCOPE OF WORK: Contractor shall provide all material, equipment, labor, and supervision required to install the incubators. Contractor shall test/inspect the incubators after installation to ensure correct performance and provide written documentation in support of functionality and performance. Installation to include temperature and CO2 validation and basic equipment training. REPORTING: Installation shall be performed during normal working hours. The Contractor s staff members are to report to the Contracting Officer Representative (COR) where work is being conducted prior to starting any work. After work is completed, the contractor s technician(s) shall submit in writing, a complete report of equipment installed, and services performed. The COR will sign the service report upon completion of the installation, and before the staff leaves the facility. DELIVERY AND INSTALLATION: The Ann Arbor Medical Center is equipped with a loading dock; suggested box truck with lift gate for versatility with delivery. Contractor shall be responsible for coordinating delivery and installation with the Contracting Officer Representative (COR) at the Ann Arbor Medical Facility. Contractor shall deliver product to the Olszewski Lab and shall be responsible for delivering each incubator to the correct space, or room. Installation includes inside delivery, uncrating, assembly as required or necessary, and placing in designated space. Contractor shall take care in movement of all items within the building to ensure no damage to walls, floors, ceilings, or any other interior finish or fixture. Contractor shall notify Ann Arbor COR of any damage or issues immediately. If any items are received damaged or incorrectly, it shall be the responsibility of the Contractor to notify the manufacturer, and make arrangements for replacement or repair. Contractor shall be responsible for uncrating all product, removing crating or debris associated with the delivery and installation from the Ann Arbor facility. Ann Arbor Medical Center will not provide dumpsters or trash service for debris associated with this job. Contractor shall be responsible for any hardware, equipment, or tools required for the assembly, and installation of all product. Contractor shall leave area clean and neat. The Contractor shall be responsible for general cleaning of all product installed for removal of dust and other packing materials. All tools shall be fully supervised by contractor technicians and fully secured when not in use. PERFORMANCE: Contractor shall be responsible to verify available space and space requirements of equipment. Contractor shall comply with all requirements set forth by local leadership and police administration for conducting work on station. Contractor shall comply with National Fire Protection Association (NFPA), Occupational Safety and Health Administration (OSHA) and The Joint Commission, to include NFPA 70: National Electric Code and NFPA 101: Life Safety Code. Further, the contractor shall follow infection control and safety precautions including the use of personal protective equipment (i.e. proper attire, masks, gloves, and eye protection). HOURS OF WORK: Work shall be performed during normal hours, between the hours of 8:00am 4:30pm, Monday through Friday, and shall be completed within one (1) week of starting. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a National Holiday by the U.S. Government agency. Also included shall be any day specifically declared by the President of the United States of America as a National Holiday. Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Delivery shall be to the VA Ann Arbor Healthcare System, Olszewski Lab, 2215 Fuller Road, Ann Arbor, MI 48105. APPLICABLE PROVISIONS AND CLAUSES: The following contract clauses apply to this acquisition: Addendum to 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019) Of which are included and applicable: FAR 52.222-19, Child labor Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities. (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities. (Jul 2014) FAR 52.222-37, Employment Reports on Veterans. (Feb 2016) FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011) FAR 52.225-1, Buy American Supplies. (May 2014) FAR 52.225-13-Restrictions on Certain Foreign Purchases. (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) FAR 52.204-13, System of Award Management Maintenance (Oct 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractor (Dec 2013) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.211-72, Equipment Operations and Maintenance Manuals (Nov 2018) VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Jul 2016) VAAR 852.232-72, Electronic Submission of payment Requests (Nov 2012) VAAR 852.246-71, Rejected Goods (OCT 2008) VAAR852.247-71, Delivery Location (OCT 2018) The following solicitation provisions apply to this acquisition: FAR 52.204-7, System for Award Management (OCT) 2018 FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016) Addendum to FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Item (Jan 2017) FAR 52.214-21, Descriptive Literature (Apr 2002) The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). OFFER AND EVALUATION OF AWARD: This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed, Price Purchase Order, resulting from this solicitation, to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Quotes will be evaluated by Best Value. The following factors will be used in evaluation: Technical; Delivery; Past Performance; and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Ann Arbor Medical Center personnel to discuss this RFQ during the solicitation and evaluation process. PROCEDURE FOR SUBMITTING DOCUMENTS TO THE DEPARTMENT OF VETERANS AFFAIRS: DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: stacy.massey@va.gov SUBMISSION OF OFFER: All information shall be submitted in the manner described below, and offerors who do not submit all information may not be considered for award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This requirement will be awarded on all-or-none basis. Delivery shall be provided no later than 30 days after receipt of order/award of contract. Contractor shall deliver items FOB destination. The contractor shall deliver all line items to the Place of Performance. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Quotes shall be separated by line item for ease of evaluation. Quote package shall include descriptive literature. Literature shall include current warranty provisions to support the government s evaluation of the offered product(s). RESPONSES ARE DUE: Friday, February 22, 2019 at 4:00 PM EST. Offers will only be accepted electronically via e-mail to stacy.massey@va.gov. Enter RFQ 36C25019Q0386 Cell Culture Incubator in the email subject line. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q0386/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;Ann Arbor Healthcare System;2215 Fuller Road;Ann Arbor, MI
Zip Code: 48105
Country: USA
 
Record
SN05225582-F 20190221/190219230025 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.